Loading...
HomeMy WebLinkAbout6. Manager's Report 11/16/2010Mount Prospect Public Works Department INTEROFFICE MEMORANDUM AM?/ TO: FROM: DATE: RE: VILLAGE MANAGER MICHAEL E. JANONIS WATER SUPERINTENDENT NOVEMBER 11, 2010 $t�'l M i t Ito WAIVER OF SEALED BIDS FOR RESERVOIR 16 AND 1 EMERGENCY ROOF REPAIRS (CHICAGO BRIDGE & II BACKGROUND The tank was last inspected in 2000 by Dixon Engineering. The interior and exterior of the tank was painted and all of the recommended repairs performed in late 2001. No further maintenance has been performed on the tank since 2001. Director Andler asked that Tank Industry Consultants, Incorporated (TIC) be contacted to dispatch an inspection team. The nearest team from their Indianapolis office arrived Page 2 of 6 WAIVER OF SEALED BIDS FOR RESERVOIR 16 AND 17 EMERGENCY ROOF REPAIRS (CHICAGO BRIDGE & IRON, $798,600) November 10, 2010 All samples were subsequently analyzed by an Illinois Environmental Protection Agency (IEPA) certified laboratory. No contamination was found. The Village's SCADA system was also altered to alarm should there be any drop in tank level from an unseen leak or other issue. This monitoring continues every day. Also, on August 19 staff contacted our insurer, Chubb Insurance who immediately assigned a local adjuster and engineering firm to assist with the damage assessment and claim processing. The insurer and their engineer, Packer Engineering, inspected the tank with the assistance of staff. Information requested by the insurer has been provided for their review. (Picture to the right shows the condition of the collapsed roof as of August 2010.) Page 3 of 6 WAIVER OF SEALED BIDS FOR RESERVOIR 16 AND 17 EMERGENCY ROOF REPAIRS (CHICAGO BRIDGE S IRON, $798,600) November 10, 2010 Chief Engineer, John Lieb, P.E. of TIC inspected the tank on Monday, August 23 to evaluate the structural stability and briefed staff on his initial findings and recommendations. The preliminary investigation by TIC is suggesting external pressure and /or corrosion as possible causes for the roof failure. The final determination of the cause of the failure cannot be determined until the roof is removed and examined. TIC recommended that the Village continues to keep water in the tank to stabilize the structure, to monitor and inspect the tank until repairs begin. TIC found there was no reason to suspect any further catastrophic failure of the tank. RESERVOIR 17 ROOF INSPECTION Since Reservoir 17, located at 1480 North Elmhurst Road, is of the same design as Reservoir 16; the Village was concerned that a similar failure may occur there. The Village had TIC perform an internal inspection of the tank's roof system. Excessive bolt corrosion on the nuts and bolts supporting the roof purlins was found at Reservoir 17. The engineer determined that the corrosion and degradation could cause future problems, including possible collapse. The reservoir tank was last inspected and painted in 2000. The roof purlins are the interconnecting pieces between roof rafters as seen in the diagram below. The roofs at reservoir 16 and 17 are dome or umbrella shaped circular roofs (like the detail on the right below). �IYV) PLAN VIEW ROO FRAMING Page 4 of 6 WAIVER OF SEALED BIDS FOR RESERVOIR 16 AND 17 EMERGENCY ROOF REPAIRS (CHICAGO BRIDGE & IRON, $798,600) November 10, 2010 The consultant, TIC, recommended timely replacement of all of the purlin nuts and bolts at Reservoir 17 as a precautionary measure. This remediation work at Reservoir 17 is being scheduled to coincide with the demolition of the roof at Reservoir 16. The bolt replacement work is expected to take approximately two weeks. The use of special organic galvanized nuts and bolts does not require that the tank be re- painted prior to use. The painting of Reservoir 17 will be performed in two to three years at its planned due date. REQUEST FOR PROPOSALS Mr. Lieb of TIC identified and pre - qualified three (3) regional firms with reservoir roof repairs experience. The three firms are; Chicago Bridge & Iron (CBI) of Bolingbrook, Illinois, Caldwell Tank of Louisville, Kentucky and Mid - States Industrial (MSI) of Seneca, Illinois. TIC prepared a detailed scope of work for the demolition of the roof and design for a replacement roof. TIC prepared a base replacement roof design so that all firms have a similar design to prepare pricing proposals on. The firms were encouraged to submit alternative replacement roof designs as long as the work met IEPA and AWWA standards. TIC also prepared a brief scope of work for the remediation effort needed at Reservoir 17 and requested that the firms submit this repair with the Reservoir 16 proposal Proposals were received by the Village on October 29, 2010. Only two (2) of the firms; CB &I and Caldwell Tank responded with proposals. Mid - States Industrial declined to bid the work as there was a recent death in the family and the current workload need to be re- evaluated. Demolition and Replacement Roof at Station 16 Firm Price Chicago Bridge & Iron, Bolingbrook, IL $745,100 Caldwell Tank. Louisville, KY $785,980 Mid - States Industrial, Seneca, IL No bid Remediation Work at Reservoir 17 Firm Price Chicago Bridge & Iron, Bolingbrook, IL $53,500 Caldwell Tank. Louisville, KY $236,052 Mid - States Industrial, Seneca, IL No bid Page 5 of 6 WAIVER OF SEALED BIDS FOR RESERVOIR 16 AND 17 EMERGENCY ROOF REPAIRS (CHICAGO BRIDGE & IRON, $798,600) November 10, 2010 These proposals were then reviewed by the Village and TIC to ensure that the proposals meet with industry standards and will affect a satisfactory repair. Based on the consultant's review and experience, TIC is recommending Chicago Bridge & Iron (CBI) of Bolingbrook, Illinois as experienced, qualified and responsive to perform the demolition and repair of the roof at Station 16 and the remediation work at Reservoir 17. DISCUSSION TIC provided an estimate of two (2) million dollars for a completely new reservoir and based on their initial investigation determined that Reservoir 16 would only need a roof replacement as the walls are still structurally sound. The demolition work is expected to take approximately three weeks. The demolition effort will result in Reservoir 16 being secure, stable and ready to receive a new roof replacement. During the demolition, our insurer has requested that their forensic engineer perform tests and inspections of the materials as they are removed from the tank to determine the cause of the roof collapse. This investigation will run concurrently with the demolition effort. The roof replacement work will commence upon completion of the demolition work. Staff expects that it will take approximately 6 weeks for material delivery and another 6- 7 weeks of field work to assemble the new roof. This schedule would allow for the tank to be ready for painting and return to service in late spring 2011. Additional work at Reservoir 16 will be needed. Due to the roof collapse at Reservoir 16; the cathodic protection netting inside the tank was destroyed and will need to be replaced before the tank is placed back into service. Staff has obtained a repair proposal from the cathodic protection system firm, Corrpro, for the lump sum of $9,100.00 and the work will be scheduled accordingly. After the roof repairs, Reservoir 16 will need to be cleaned, painted and disinfected prior to being placed back into service. TIC will prepare a tank painting specification for Reservoir 16 which the Village will obtain pricing in late spring 2011. The engineer's estimate for the painting is in the range of $430,000 to $480,000. With all of the repairs and painting; Reservoir 16 is expected to be back in service no later than June 2011. The Village is insured for catastrophic losses such as this collapse. Staff is working closely with our insurer to ensure that the claim is processed promptly and in accordance with their processes and procedures. The repair costs will be submitted for reimbursement to the Village's insurance less the Village's deductible of $25,000. The Page 6 of 6 WAIVER OF SEALED BIDS FOR RESERVOIR 16 AND 17 EMERGENCY ROOF REPAIRS (CHICAGO BRIDGE & IRON, $798,600) November 10, 2010 remediation work at Reservoir 17 is not reimbursable by insurance but sufficient funds are in the Water & Sewer Fund budget to provide for this work. If the insurance company does not pay the claim; funds for these repairs will come from the Water & Sewer Fund by delaying the proposed modifications and painting of the elevated tank. The elevated tank has already been inspected by TIC and there were no significant structural issues found. Staff is recommending that the lowest, responsible proposals from Chicago Bridge & Iron of Bolingbrook, Illinois be accepted to perform the demolition and repair of reservoir roofs at Stations 16 and 17 in the amount of $798,600 (Demolition and Repair of Reservoir 16 Roof for $745,100 plus $53,500 for Roof Remediation at Reservoir 17 for a total of $798,600). RECOMMENDATION I recommend that the Village Board waive the sealed bidding requirement and accept the proposal for the Emergency Roof Repair to Reservoir 16 and the Roof Remediation Work for Reservoir 17 to the lowest, responsible contractor, Chicago Bridge & Iron of Bolingbrook, Illinois in an amount not to exceed $798,600. Sufficient funds are in the Water & Sewer Fund for these proposed repairs. Matt Overeem Superintendent of Water & Sewer concur. Glen R. Andler Director of Public Works H: \Water \projects\201 Mstation 16 roof failure \board update nov 11 rev 2.doc Mount Prospect Public Works Department INTEROFFICE MEMORANDUM TO: VILLAGE MANAGER MICHAEL E. JANONIS 05� FROM: WATER & SEWER SUPERINTENDENT 1 (` 1 O DATE: NOVEMBER 10, 2010 SUBJ: PROFESSIONAL SERVICES AGREEMENT FOR THE DESIGN OF SANITARY SEWER REPAIRS IN BASIN 37- LAKE BRIARWOOD SUBDIVISION (BAXTER & WOODMAN $ BACKGROUND In response to resident complaints in the Lake Briarwood (Basin 37) area about basement backups and grease blockages, Public Works retained the professional services of Baxter & Woodman Consulting Engineers of Crystal Lake, Illinois to perform a Sanitary Sewer Evaluation Study (SSES). Eric Murauskas, P.E. of Baxter & Woodman reported to the Board on the findings of their study at the Committee of the Whole meeting on September 28,2010. At the meeting, numerous deficiencies of the existing sanitary sewer system were identified that needed both public and private repairs. This Board request is to seek approval to retain professional services to design the needed repairs, to prepare the necessary plans and specifications and to assist Village staff with reviewing and recommending the lowest, responsible contractor to affect the repairs. Baxter & Woodman completed the SSES to determine the causes of sewer surcharging that lead to basement backups and other operational problems within a portion of Basin 37. The investigation included a sanitary sewer capacity analysis, review of internal sewer television inspection videos, flow monitoring, building -to- building canvassing and smoke testing to identify Inflow and Infiltration sources. The repairs include a two phase approach for the public sewer rehabilitation. The proposed 2011 capital budget includes funding requests to perform the initial repairs in Phase 1. In order to begin the repairs in the spring of 2011, staff is recommending that the design work begin as soon as possible before winter snow and ice conditions prevent accurate surveying and measurements being taken in the field. The early start of the engineer would mean that the project could be ready for bid in January 2011. Concurrently, staff will be verifying those private sewer repairs that are needed to complete the recommended sewer basin improvements that should alleviate backup and grease issue in the neighborhood. The consultants recommended improvements and engineer's estimate from their investigation are separated into two phases as follows: Phase 1 a. Replace approximately 720 feet of sewer near the north ends of Briarwood Drive East and West to eliminate pipe defects and sags ($234,000). Page 2 of 3 PROFESSIONAL SERVICES AGREEMENT FOR THE DESIGN OF SANITARY SEWER REPAIRS IN BASIN 37- LAKE BRIARWOOD SUBDIVISION (BAXTER & WOODMAN $59,800) November 10, 2010 b. Replace approximately 940 feet of sewer generally located along Lynn Court to eliminate pipe defects and provide a consistent sewer slope ($336,000). c. Rehabilitate approximately 790 feet of sewer along Briarwood Drive East using cured -in- place pipe (CIPP) to eliminate pipe defects ($41,100). Cost Estimate for Phase 1 - $611,100 Phase 2 a. Replace approximately 900 feet of sewer along Briarwood Drive East to eliminate pipe sags. Cost Estimate for Phase 2 - $325,000 TOTAL COST ESTIMATE PHASE 1 & 2 - $936,000 On October 28, 2010, staff held a public informational meeting at Robert Frost School for the residents in the Lake Briarwood area to learn about the study results, the recommended repairs and of the time line for repairs. Eric Murauskas, P.E. of Baxter & Woodman Consulting Engineers and Public Works staff presented the study findings and reviewed the needed public and private repairs needed. Over thirty (30) residents attended and asked questions to better understand the extent of the repairs. No opposition to the proposed improvements were voiced at the public meeting but many present expressed an urgency to make the needed repairs as soon as possible. DISCUSSION Staff reviewed the needed work to determine whether there was an opportunity to receive multiple design proposals from area firms to prepare the plans and specifications for the recommended improvements. With the residents expressing concerns on the urgency of the needed repairs and understanding of the extent of the needed repairs and with winter fast approaching, Baxter & Woodman Consulting Engineers stood at the front of the line. Baxter & Woodman is familiar with the Village's sanitary sewer system in that they have several years experience working with village staff and residents. In addition, Baxter & Woodman has intimate knowledge of this particular basin in that they performed the sanitary sewer evaluation study whose recommendations are being pursued. Staff asked Baxter & Woodman to prepare a proposal for professional engineering services to prepare the design, plans and specifications for the Basin 37 repairs. Baxter & Woodman initially proposed a total fee of $72,000 for both of the two phases of the project. Staff went back to Baxter & Woodman and asked if there were any cost saving opportunities available with this project. By combining both designs into one effort but preparing two separate bid packages to accommodate the Village's capital budget, Baxter & Woodman reduced their fee from $72,000 to $59,800. Typically engineering services for the design effort represent 8% of the estimated project costs or in this case a design fee of approximately $74,480. Accepting this combined design proposal from Baxter & Woodman the Village should save $14,680. Typically, total fees of 16 to 20% for all engineering assistance from design to construction monitoring are expected. A construction monitoring agreement may be recommended to the Village Board in the future should that assistance be needed. Page 3 of 3 PROFESSIONAL SERVICES AGREEMENT FOR THE DESIGN OF SANITARY SEWER REPAIRS IN BASIN 37- LAKE BRIARWOOD SUBDIVISION (BAXTER & WOODMAN $59,800) November 10, 2010 Mr. Eric Murauskas, P.E. will be the principal engineer on the project and has presented before the Board and the neighborhood. Staff is recommending that the Board enter into a professional design engineering services agreement with Baxter & Woodman Consulting Engineers for the Basin 37 Phase 1 and 2 repairs. RECOMMENDATION I recommend that the Village Board authorize a professional engineering services agreement with Baxter & Woodman Consulting Engineers of Crystal Lake, Illinois for the design of the Phase 1 and 2 Sanitary Sewer Repairs in Basin 37- Lake Briarwood in an amount not to exceed $59,800. Sufficient funds for this proposed agreement exist in the current and in the proposed 2011 budget. Matt Overeem Water & Sewer Superintendent 4 cur. R. ndler Director of Public Works Cc: Deputy Director of Public Works Sean P. Dorsey H:\ Water \projects\2011 \briarwood \RFP BOARD phase one design Baxter rev 2.docx Mount Mount Prospect Public Works Department I INTEROFFICE MEMORANDUM TO: VILLAGE MANAGER MICHAEL E. JANONIS i FROM: STREETS & BUILDINGS SUPERINTENDENT 10 DATE: NOVEMBER 10, 2010 SUBJECT: SNOW REMOVAL & ICE CONTROL BID RESULTS (ESTIMATED EXPENDITURES $56,000) BACKGROUND For the last ten (10) years, the Village has utilized a private contractor to remove snow from cul -de -sacs. This arrangement has proven beneficial in that it has dramatically improved the delivery of snow removal services to residents living in cul -de -sacs. Traditionally, large plow trucks assigned to thru- streets have initially cleared an access path for cul -de -sacs. However, due to the limited maneuvering room on these types of streets, the large trucks were not able to remove all of the snow. Residents would often have to wait until adjacent thru- streets were cleared and crews could return in smaller, more maneuverable trucks to completely clear the cul -de -sacs. Utilizing a private contractor, with plows mounted on their pick -ups and one -ton trucks, has afforded us the ability to provide residents living on cul -de -sacs the same level of snow removal service as residents living on thru- streets. Typically, we have required the contractor to be on -site within one hour of notification and have allowed up to eight - hours to complete 110 cul -de -sacs. During the winters of 2000 through 2010, it was our experience that the contractor was able to satisfactorily complete cul -de -sac plowing in about the same amount of time it takes Public Works crews to finish clearing thru- streets. Our last contract with a private contractor for cul -de -sac plowing expired in the spring of 2010. To continue this procedure, staff has prepared a detailed request for bid intended to establish a contractual commitment for cul -de -sac snow removal services that will be valid through May 2013. Due to personnel shortages in the Public Works department in recent years, we have hired up to eight emergency snow plow drivers to cover the eight residential snow plow sections in the Village. Staffing levels have allowed one fulltime employee to be with each emergency driver and fulltime staff also handles the downtown areas and highways that we are responsible for snow and ice control services. Page 2 SNOW REMOVAL & ICE CONTROL CONTRACT RESULTS November 10, 2010 As an experiment to reduce costs and provide timely snow removal services we have requested pricing to plow one residential snow plow section by contractual services. To supplement our crews with section plowing we have received bids for a contractor using his trucks to plow one of our snow plow sections for an entire season. This annual section plowing cost would be based on an average snow fall range of 20" to 45" which would than go to an hourly payment (at $45.00 /hour) if the annual snow amount exceeds 45 inches. BID RESULTS Proposals were received on November 8, 2010 for the snow removal & ice control contract. Proposals were solicited from ten contractors. Nine bids were received and two bids were rejected for noncompliance to the bid specs. The proposals included rate structures that varied depending on the amount of snow to be plowed. Contractors Name Bid Bond 2 %6" snow Cul -de -sacs 6 " -9" snow Cul -de -sacs Yellow Section Rate /annual Snow Systems Great Lakes yes $3,975.00 $3,975.00 $39,750.00 King Koncrete, Inc. es $4,865.00 $4,865.00 $52,125.00 Monahan Landscaping es $4,800.00 $8,000.00 $5,000/ ass Snow Systems Inc. es $5,450.00 $5,450.00 no bid Brancato Landscaping es $5,100.00 $8,900.00 $54,500.00 *D.A.S. Enterprises no $5,225.00 $6,800.00 $2,530 /pass DS Services yes $5,300.00 $9,380.00 no bid R.Jones Trucking & G di yes no bid no bid $60,720.00 *Clauss Brothers, Inc yes $3,120 /push $4,149/ push 938.98/ push * Bid rejected because noncompliance to the bid specs DISCUSSION Snow Systems Great Lakes performed cul -de -sac snow removal services for the Village of Elgin cleaning 375 cul -de -sacs and numerous village parking lots during the winters of 2003 through 2010. Their performance was satisfactory and they demonstrated sufficient ability and resources to effectively respond to substantial snowfall accumulations. Elgin staff also received a number of favorable comments about the quality of Snow Systems Great Lakes snow removal efforts. In addition, a number of multi - family complexes and commercial developments in Elgin have vouched for Snow Systems Great Lakes as long -term references. The bid prices received from Snow Systems Great Lakes is substantially lower (30 %) than last year's pricing for cul -de- sacs. \ \ \Pw1\pwlhpw$ \Admini stration \BIDS \RESULTS� SnowRemoval IceControlOperations2011 .2013rec.docx Page 3 SNOW REMOVAL & ICE CONTROL CONTRACT RESULTS November 10, 2010 RECOMMENDATION I recommend accepting the lowest proposal as submitted by Snow Systems Great Lakes of Elgin, Illinois for the plowing and removal of snow from 110 cul -de -sacs and the plowing of the "Yellow Snow Plow Section" (see map attached) for the upcoming 2010/2011, 2011/2012 and 2012/2013 winter seasons. According to their proposal, Snow Systems Great Lakes will be paid at the rate of $3,975 per pass to plow all cul -de- sacs and an annual fee of $39,750.00 for the yellow snow plowing section. Funding is available for this proposed contract in the 2010 and 2011 budget. Paul Bures Street & Buildings Superintendent I concur: Glen R. ndler Director of Public Works PB Director of Public Works Glen R. Andler Streets /Buildings Superintendent Paul C. Bures File \ \Pwl\pwlhpw$ \Administration \BIDS \RESULTS \SnowRem oval. 1ceControfterations2011 2013rec docx ATTACHMENT A pale 3 of 8 YELLOW N W KENSINGTON RD II R 11 E KENSINGTON RD Q L ` 3 CENTRAL RD Mount Prospect Public Works Department N / INTEROFFICE MEMORANDUM TO: VILLAGE MANAGER MICHAEL E. JANONIS FROM: WATER & SEWER SUPERINTENDENT DATE: NOVEMBER 11, 2010 SUBJ: BID RESULTS FOR THE PROSPECT AVENUE LIGH' (HECKER & COMPANY - $440,064) BACKGROUND The Village of Mount Prospect operates a streetlighting system throughout the Village with the main emphasis in retail/ commercial areas such as downtown or along major commercial corridors. Staff identified the need to upgrade the Prospect Avenue streetlight system between Maple Street and Elmhurst Avenue as it is prone to circuit failures, the electrical wiring was occasionally shorting and circuits were underpowered to accommodate the holiday and festive lighting load. The 2010 capital budget includes funds for the design and installation of these lighting improvements. The Village received two grants; an Energy Efficiency and Conservation Block grant ( EECBG) in the amount of $489,600 from the United States Department of Energy as part of Energy Independence and Security Act of 2007 and a grant from the Illinois Department of Commerce and Economic Development (DECO) in the amount of $21,851. The purpose of these grants is to assist municipalities and other entities in implementing energy efficiency and conservation strategies — • To reduce fossil fuel emissions created as a result of activities within the jurisdiction; • To reduce total energy use; and • To improve energy efficiency in the transportation, building and other appropriate sectors. Public Works was allocated a $220,000 portion of the larger EECBG grant for use for energy efficiency and LED streetlighting. So the total amount of the grants allocated for local streetlighting projects is $241,851. These grants will reduce Village costs associated with the Prospect Avenue Lighting Improvement project. Village funding will be utilized to replace and upgrade the failing streetlighting system along Prospect Avenue and the grants will fund the switch from high pressure sodium lighting to the light emitting diode (LED) lighting which promises to reduce the Village 't'� i M l O Page 2 of 3 BID RESULTS FOR THE PROSPECT AVENUE LIGHTING PROJECT (HECKER & COMPANY - $440,064) November 10, 2010 energy use for streetlighting by up to 40 %. This is also a requirement of using the grant funds. After receiving competitive design proposals from qualified engineering firms in the area with streetlighting experience, we retained the professional electrical engineering services of Christopher B. Burke Engineering Ltd. (CBBEL) to aid staff with the design of this project. The consultant met with staff to understand the improvements needed and prepared plans and specifications to accommodate these improvements, plan for future growth, meet applicable electric and safety codes and to review bids. Over the past few years, the Prospect Avenue streetlighting system has had numerous outages and failures as a result of aging wiring and failures to the concrete bases that support the pedestrian lights. The street and pedestrian lights in the area were installed at various times over the past few decades and this has been accomplished by adding additional circuits and loads to the existing lighting controller located near the train depot. This controller also controls the train depot and passenger bungalow electricity. The proposed work includes replacement of two (2) existing street lighting controllers, retrofitting an existing streetlight controller by the train depot, replacing eight (8) double davit streetlight poles, replacing three (3) single davit streetlight poles, replacing seventeen (17) pedestrian streetlight poles with fixtures, retrofitting six (6) existing pedestrian fixtures, retrofitting two (2) double -davit and one (1) single davit pole, installation of twenty -four (24) new cobrahead LED fixtures and the installation of several miles of new wiring to accommodate the current and future electrical loads. REQUEST FOR BIDS Staff and the consultant prepared plans and specifications for the lighting improvements. A mandatory pre -bid meeting and site visit was held on Tuesday October 19, 2010. Four (4) area contractors that have streetlighting experience were solicited. A total of six (6) firms picked up plan sets and four (4) of these attended the mandatory pre -bid. BID RESULTS The bid was advertised and publicly opened on November 1, 2010. Four (4) firms submitted bids for consideration. CONTRACTOR PRICE Hecker & Company, Wheeling $419,109.00 Utility Dynamics, Oswego $441,655.00 Western Utility, University Park $453,712.50 John Burns Construction, Orland Park $476,666.66 Page 3 of 3 BID RESULTS FOR THE PROSPECT AVENUE LIGHTING PROJECT (HECKER & COMPANY - $440,064) November 10, 2010 DISCUSSION All of the firms are capable of providing the needed and necessary services to meet the specifications and documents for the project. Staff reviewed each proposal to identify the one firm that is responsive and most qualified. Hecker & Company has been in the electrical contracting business for over 35 years and has annual sales over $5 million dollars. The firm has not done previous work directly for the Village of Mount Prospect. A check of their references revealed satisfied customers who had similar lighting improvement work done and they have done similar work for the Illinois Department of Transportation. Based on the consultants review of the bid submittal and satisfactory references; staff is recommending that the Board consider Hecker & Company of Wheeling, Illinois to be the lowest responsible bidder. Hecker will document that the major components that they are supplying (lighting controllers) comply with section 1605 of the American Recovery and Reinvestment Act of 2009, "Buy American" requirements. Because the project is based on estimated lengths and quantities; a small contingency of 5% ($20,955) is being recommended to cover any unforeseen circumstances that may arise during the project. The total award for this project would be $440,064 (the base of $419,109 plus the 5% contingency of $20,955). Sufficient funds for this proposed work exist in the current 2010 budget including the two grants from the US Department of Energy EECBG program and the Illinois Department of Commerce and Economic Development. Recommendation I recommend accepting the bid proposal from Hecker & Company of Wheeling, Illinois for the Prospect Avenue Lighting Improvement project in an amount not to exceed $440,064. Funding for this proposed work will come from the current 2010 budget and the two grants. ���C)YA-Q2�. Matt Overeem Superintendent I concur. Glen R. Andler Director of Public Works H: \Water \projects\201 Mprospect ave engineering \BOARD AWARD RECOMMENDATION_HECKER & CO Ave revl .doc Mount Prospect Public Works Department INTEROFFICE MEMORANDUM TO: VILLAGE MANAGER MICHAEL E. JANONIS ' FROM: WATER & SEWER SUPERINTENDENT l DATE: NOVEMBER 11, 2010 RE: WAIVER OF SEALED BIDS FOR THE PURCHASE STREETLIGHT FIXTURES (KENSINGTON BUSINESS CENTER $31,050.00 & PROSPECT AVENUE - $45,784.77) 0 BACKGROUND 10 The Village received two grants; an Energy Efficiency and Conservation Block grant ( EECBG) in the amount of $489,600 from the United States Department of Energy as part of Energy Independence and Security Act of 2007 and a grant from the Illinois Department of Commerce and Economic Development (DECO) in the amount of $21,851. The purpose of these grants is to assist municipalities and other entities in implementing energy efficiency and conservation strategies — • To reduce fossil fuel emissions created as a result of activities within the jurisdiction; • To reduce total energy use; and • To improve energy efficiency in the transportation, building and other appropriate sectors. Public Works was allocated a $220,000 portion of the larger EECBG grant for use for energy efficiency and LED streetlighting. So the total amount of the grants allocated for these projects is $241,851. One of the activities that are eligible for funding under the block grant program is the installation of light emitting diodes (LEDs). Staff identified two upcoming capital projects where the use of LED lighting was possible — the replacement of streetlight fixtures within the Kensington Business Center and the Prospect Avenue Street Lighting Rehabilitation. The work in the Kensington Business Center is primarily the replacement of the existing shoe box style light fixtures. This project completes previous rehabilitation work where corroded steel poles were replaced with new aluminum poles. In order to save dollars, Page 2 of 7 WAIVER OF SEALED BIDS FOR THE PURCHASE OF LED STREETLIGHT FIXTURES (KENSINGTON BUSINESS CENTER - $31,050.00 & PROSPECT AVENUE - $45,784.77) November 10, 2010 staff is recommending purchasing the fixtures and hardware directly rather than allowing for contractor markup (typically 15% or more is added to cost of the materials). To save additional funds; the installation of the fixtures will be performed by Village staff rather than through a contractor. The Prospect Avenue project is more complicated in that numerous existing pole foundations are deteriorating and will need to be replaced, along with the replacement of thousands of feet of undersized, frayed and damaged wiring located throughout the area. The project will include a two- pronged approach; the first being with the Village saving dollars by acquiring the hardware, poles, mounts, bases and fixtures directly from the vendor or their local representatives and the second with a competitively bid contract for the foundation, wiring and control work needed to correct the safety, foundation and wiring deficiencies. The proposed Prospect Avenue work includes replacement of two (2) existing street lighting controllers, retrofitting an existing streetlight controller by the train depot, replacing eight (8) double davit streetlight poles, replacing three (3) single davit streetlight poles, replacing seventeen (17) pedestrian streetlight poles with fixtures, retrofitting six (6) existing pedestrian fixtures, retrofitting two (2) double -davit and one (1) single davit pole, installation of twenty -four (24) new cobrahead LED fixtures and the installation of several miles of new wiring to accommodate the current and future electrical loads. The Kensington Business Center project includes the replacement of the existing fifty -four (54) light fixtures only as the street light poles were recently upgraded. In reviewing the types of replacement light fixtures that could be used for both of these projects and in considering how the Village can successfully meet the grant requirements; staff decided to consider the use of the newly emerging, energy efficient, light emitting diode (LED) streetlighting technology rather than the current high pressure sodium or mercury vapor lighting presently used. LED lights are reported to save up to 40% of the energy used by the current lighting technologies and provide a much greater life expectancy. Since the use of LEDs for streetlighting is relatively new use of LED technology, staff had to become familiar with the nuances of LED lighting. Staff contacted our existing vendors to inquire as to what products were available. When this investigation began in early 2008, only a few vendors were developing LED lamps and fixtures and most of these vendors were not very large in size or volume — the marketplace was sparse. Staff contacted those vendors and began a series of trials and demonstrations to determine whether this technology would benefit the Village. Based on the literature and studies being produced by the Department of Energy, staff has determined and agrees that LED lighting will become more prevalent if not the leading light source for all types of lighting applications; including street lighting. Page 3 of 7 WAIVER OF SEALED BIDS FOR THE PURCHASE OF LED STREETLIGHT FIXTURES (KENSINGTON BUSINESS CENTER - $31,050.00 & PROSPECT AVENUE - $45,784.77) November 10, 2010 The biggest task that stood before staff was the determination of which vendor to use for the two identified projects. As the technology is still in its nascent stage, there are no standards or clear guidelines for a municipality to use in choosing a LED lamp or fixture. The State of Illinois Department of Transportation is also still in their investigatory stage of LED technology. Dozens of pilot projects using dozens of different fixtures and lamps were beginning all over the country but there were no results to guide someone. Each manufacturer was competing to gain a place in the market which is not dominated by any of the large manufacturers at this time. Late in 2009, the larger manufacturers, such as Hubbell and General Electric started to release LED lighting products for the municipal market but the market still has no dominant player(s) at this time. In order to receive the EECBG and DECO grant funding, staff determined to move forward with the use of LED technology. One of the main eligibility criteria in the grant programs are that all products acquired with this funding must meet section 1605 of the American Recovery and Reinvestment Act of 2009, "Buy American" requirements. Staff began a series of product testing where samples of available LED fixtures were acquired and installed. The purpose of the testing was to identify the styles of LED lights and fixtures to use within the Village. The initial investigations identified three styles — the decorative pedestrian light, the standard cobra head streetlight and the standard shoebox style streetlight. These three styles of lights represented the bulk of the Village's streetlighting inventory. SHOEBOX STYLE STREETLIGHT Over a period of several months, staff identified, acquired and tested LED shoebox style streetlight fixtures for use in the Kensington Business Center. The following products were acquired and tested in the field for a period of at least two weeks each: Vendor • Precision Products Plus, Archipelago ODLED — SB 609 -25 • Lighting Science • LED Retrofit Sales HTS -8R Large LED • HAPCO Eclipse LED Price per unit $575 $686 $830 $938 Page 4 of 7 WAIVER OF SEALED BIDS FOR THE PURCHASE OF LED STREETLIGHT FIXTURES (KENSINGTON BUSINESS CENTER - $31,050.00 & PROSPECT AVENUE - $45,784.77) November 10, 2010 • Lighting Solutions Genesis $995 • VTS Ventus LED $995 • Kim Lighting Warp 9 $1436 Based on the field test, ease of installation of the particular fixture, comparability of the proposed fixture with existing shoe box style fixtures (figure 1) in the business park, compliance with "Buy American" and pricing; the Archipelago ODLED shoe box fixture from Precision Products Plus of Montclair, California was determined to be the replacement LED lamp and fixture for the Kensington Business Center project. The shoe box fixture chosen is also currently the least expensive LED fixture of all shoe box style units tested. DECORATIVE PEDESTRIAN LIGHT The downtown pedestrian street lights use a unique pole and decorative fixture manufactured locally by Sternberg Lighting of Roselle, Illinois. Initially, staff was not able find a satisfactory LED light that was similar to the existing style. Staff unsuccessfully experimented with internal LED retrofits and light head replacements but they did not meet our needs. Fortunately, Sternberg Lighting recently released an LED light using the same decorative fixture that has been used in the downtown area. Staff can now recommend a LED fixture that matches the existing pedestrian fixture used extensively throughout the downtown area. With the Prospect Avenue project, seventeen (17) pedestrian light posts and fixtures will need to be replaced due to their age and deteriorating condition. The project will also retrofit six (6) existing poles with new LED fixtures. The cast aluminum extruded poles which are unique to Sternberg Lighting are considered a sole source item. Staff is recommending that the Board waive sealed bids and procure the new Sternberg LED fixtures to match the existing downtown pedestrian lights. Page 5 of 7 WAIVER OF SEALED BIDS FOR THE PURCHASE OF LED STREETLIGHT FIXTURES (KENSINGTON BUSINESS CENTER - $31,050.00 & PROSPECT AVENUE - $45,784.77) November 10, 2010 COBRAHEAD STREETLIGHT In addition to testing shoebox and decorative streetlights, staff investigated LED fixtures that would be applicable to the majority of streetlight fixtures located around the Village — the cobrahead fixture. Staff tested the following cobrahead (figure to the right) style LED fixtures; Vendor Price per unit • Precision Products Plus, Archipelago ODLED CH- 609 -60 $555 • Clean Light, Green Light, LRP56 LED Cobra Retro $600 • Lokblok $625 • LED Retrofit Sales, HTS -8R Large LED $658 • HAPCO, Evolaire LED $938 • Kim Lighting Warp 9 $1436 Based on the field test, ease of installation of the particular fixture, comparability of the proposed fixture with existing cobrahead style fixtures, compliance with "Buy American" and pricing; the Archipelago ODLED cobrahead was determined to be the replacement LED fixture for the overhead streetlights in the Prospect Avenue Street Lighting Rehabilitation project. The cobrahead fixture chosen is also currently the least expensive cobrahead LED fixture of all units tested. DISCUSSION: With all of these improvements, the Village prepared a budget request which was funded in 2010. Along with this budget funding, the Village received the EECBG and DECO grants to accommodate energy efficiency improvements and some of the work along Prospect Avenue. The awarded grants will offset the cost to switch from high pressure sodium lighting to the light emitting diode (LED) lighting which promises to reduce the Village energy use for streetlighting by up to 40 %. Staff needs to move forward with these two projects in order to secure the available EECBG grant funding by its deadline of February 2011. Page 6 of 7 WAIVER OF SEALED BIDS FOR THE PURCHASE OF LED STREETLIGHT FIXTURES (KENSINGTON BUSINESS CENTER - $31,050.00 & PROSPECT AVENUE - $45,784.77) November 10, 2010 Since both the EECBG and the DECO grant funding have specific criteria; staff has tested and narrowed the existing market to the following qualified products that address both of the grants and all of the Village's needs. Staff is recommending that the Village Board waive the requirements for sealed bidding to purchase the following items: ■ 54 - Shoebox style LED, Archipelago ODLED SB 609 -25 fixtures from Precision Products Plus of Montclair, California at a cost of $575.00 each for a total of $31,050.00 for the Kensington Business Center project. ■ 24 - cobrahead style LED, Archipelago ODLED — CH 609 -60 fixtures from Precision Products Plus of Montclair, California at a cost of $555.00 each for a total of $13,320.00 for the Prospect Avenue Lighting Improvement project. ■ 17 — Richmond 3910T4 decorative pedestrian poles and OLD TOWN - A850SRLED fixtures from Sternberg Lighting of Roselle, Illinois at a cost of $1,608.81 each for a total of $27,349.77 for the Prospect Avenue Lighting Improvement project. ■ 6 - OLD TOWN - A850SRLED fixtures from Sternberg Lighting of Roselle, Illinois at a cost of $852.50 each for a total of $5,115.00 for the Prospect Avenue Lighting Improvement project. The amount of the purchases that will go towards the Kensington Business Center lighting project is $31,050.00 and $45,784.77 for the Prospect Avenue lighting improvements for a total purchase from the two firms of $76,834.77. Page 7 of 7 WAIVER OF SEALED BIDS FOR THE PURCHASE OF LED STREETLIGHT FIXTURES (KENSINGTON BUSINESS CENTER - $31,050.00 & PROSPECT AVENUE - $45,784.77) November 10, 2010 RECOMMENDATIONS: Two separate actions are being recommended by staff: 1. The Board is asked to waive sealed bids and to award the purchase of LED fixtures from Precision Products Plus of Montclair, California in the amount of $44,370.00. 2. The Board is asked to waive sealed bids and to award the purchase of LED fixtures from Sternberg Lighting of Roselle, Illinois in the amount of $32,464.77. Funding will come from the 2010 budget and the two grants for these proposed purchases. Matt Overeem Water and Sewer Superintendent concur, Glen R. Andler, Director of Public Works hAwater \projects\2010\prospect ave engineering \board award recommend ation_led fixtures rev 2.docx Mount Prospect Public Works Department INTEROFFICE MEMORANDUM An?/ TO: FROM: DATE: SUBJ: VILLAGE MANAGER MICHAEL E. JANONIS WATER & SEWER SUPERINTENDENT NOVEMBER 11, 2010 BID RESULTS FOR POLES, MOUNTS AND BASES F( PROSPECT AVENUE LIGHTING PROJECT (ELECTRICAL RESOURCE MANAGEMENT, $21,468) BACKGROUND The Village of Mount Prospect operates a streetlighting system throughout the Village with the main emphasis in retail /commercial areas such as downtown or along major commercial corridors. Staff identified the need to upgrade the Prospect Avenue streetlight system between Maple Street and Elmhurst Avenue as it is prone to circuit failures, the electrical wiring was occasionally shorting causing outages and repairs. Circuits are underpowered to accommodate the holiday and festive lighting load causing additional outages during the holidays. The 2010 capital budget includes funds for the design and installation of these lighting improvements. The Village received two grants; an Energy Efficiency and Conservation Block grant ( EECBG) in the amount of $489,600 from the United States Department of Energy as part of Energy Independence and Security Act of 2007 and a grant from the Illinois Department of Commerce and Economic Development (DECO) in the amount of $21,851. The purpose of these grants is to assist municipalities and other entities in implementing energy efficiency and conservation strategies — To reduce fossil fuel emissions created as a result of activities within the jurisdiction; To reduce total energy use; and To improve energy efficiency in the transportation, building and other appropriate sectors. Public Works was allocated a $220,000 portion of the larger EECBG grant for use for energy efficiency and LED streetlighting. The total amount of the grants allocated for local streetlighting projects is $241,851. These grants will reduce Village costs associated with the Prospect Avenue Lighting Improvement project. Village funding will be utilized to replace and upgrade the failing streetlighting system along Prospect Avenue and the grants will fund the switch from high pressure sodium lighting to the light emitting diode (LED) lighting which promises to reduce the Village energy use for streetlighting by up to 40 %. This is also a requirement of using the grant funds. After receiving competitive design proposals from qualified engineering firms in the area with streetlighting Page 2 of 3 BID RESULTS FOR POLES, MOUNTS AND BASES FOR THE PROSPECT AVENUE LIGHTING PROJECT (ELECTRICAL RESOURCE MANAGEMENT, $21,468) November 10, 2010 experience, we retained the professional electrical engineering services of Christopher B. Burke Engineering Ltd. (CBBEL) to aid staff with the design of this project. The consultant met with staff to understand the improvements needed and prepared plans and specifications to accommodate these improvements, plan for future growth, meet applicable electric and safety codes and to review bids. The proposed work includes replacement of two (2) existing street lighting controllers, retrofitting an existing streetlight controller by the train depot, replacing eight (8) double davit streetlight poles, replacing three (3) single davit streetlight poles, replacing seventeen (17) pedestrian streetlight poles with fixtures, retrofitting six (6) existing pedestrian fixtures, retrofitting two (2) double -davit and one (1) single davit pole, installation of twenty -four (24) new cobrahead LED fixtures and the installation of several miles of new wiring to accommodate the current and future electrical loads. REQUEST FOR BIDS Prior to the bid letting, staff and the consultant discussed cost saving opportunities. It was decided that the Village could achieve savings by buying the larger components such as lighting fixtures, poles, mounts and bases directly and supplying them to a contractor for installation saving typically 15% of the material costs. The required Notice to Bidders was published in the local newspaper. The bid requested pricing for the purchase and delivery of eight (8) double -davit 30' light poles, three (3) single -davit 30' light poles and eleven (11) decorative aluminum bases which will be used to replace the existing deteriorating and deficient poles and to add one new streetlight at Elmhurst Avenue and Prospect Avenue. The new poles, bases and mounts will match the existing style that has been used throughout the Village. BID RESULTS Bids were received on November 1, 2010, opened and read aloud as required. Two (2) firms submitted bids for review. SUPPLIER PRICE Electrical Resource Management, Wheaton $21,468.00 Graybar Electric, Glendale Heights $28,265.80 Page 3 of 3 BID RESULTS FOR POLES, MOUNTS AND BASES FOR THE PROSPECT AVENUE LIGHTING PROJECT (ELECTRICAL RESOURCE MANAGEMENT, $21,468) November 10, 2010 DISCUSSION Both bids were checked to ensure that the suppliers were providing the needed and necessary equipment in accordance with the specifications for the project. Both firms certified that the materials complied with section 1605 of the American Recovery and Reinvestment Act of 2009, "Buy American" requirements. Staff determined that the materials proposed by both firms were acceptable and compliant with the project needs. Staff is familiar with both firms and finds them both qualified and responsive. Staff recommends Electrical Resource Management of Wheaton, Illinois as the lowest responsible bidder for the light poles mounts and bases needed for the Prospect Avenue Lighting project. RECOMMENDATION I recommend awarding the purchase of light poles, mounts and bases for the Prospect Avenue Lighting Improvement project to the lowest responsible bidder, Electrical Resource Management of Wheaton, Illinois in an amount not to exceed $21,468. Funding for this proposed equipment purchase will come from the current 2010 budget and the two grants. Matt Overeem I concur. Glen R. A ler Director of Public Works H: \Water \projects\2010 \prospect ave engineering \BOARD AWARD RECOMMENDATION _poles_bases_mounts rev 2.docx N ?/ Mount Prospect Public Works Department INTEROFFICE MEMORANDUM TO: VILLAGE MANAGER MICHAEL E. JANONIS FROM: DEPUTY DIRECTOR OF PUBLIC WORKS DATE: NOVEMBER 11, 2010 .14 SUBJ: PUBLIC WORKS UNIFORM RENTAL AND CLEANING CC (REJECT ALL BIDS) Background For many years, the labor agreement for the Public Works Department bargaining unit employees has stipulated that the Village must supply 100% cotton work uniforms. In an effort to comply with this requirement, staff has routinely let bids for a contract to supply and launder industrial work uniforms. The current contract was initiated in 2008 and is due to expire at the end of 2010. Bid Results At 1:00 PM on Monday, November 8, 2010 sealed bids were opened for the weekly rental and cleaning of uniforms worn by Public Works Department maintenance personnel, electricians, and mechanics. A legal notice was placed in the Daily Herald and five (5) invitational bids were distributed to local vendors. One (1) bid was received. The results are listed below: Description A No. Of Emplo ees Lombard, B No. Of Changes C Cost / Week D Cost / Year (A *C *52) 100% Cotton Shirts & Pants 24 5 $8.03 $10,021.44 100% Cotton Indura Flame Resistant Shirts & Pants 7 5 $14.08 $5,125.12 100% Cotton Shirts & Pants 2 3 $3.67 $381.68 Total Annual Cost: Lechner & Sons, Mount Prospect, $15,528.24 100% Cotton Shirts & Pants 100% Cotton Indura Flame Resistant Shirts & Pants No jBid 100% Cotton Shirts & Pants Unifirst, Melrose Park, IL 100% Cotton Shirts & Pants 100% Cotton Indura Flame Resistant Shirts & Pants 100% Cotton Shirts & Pants Arlington 100% Cotton Shirts & Pants 100% Cotton Indura Flame Resistant Shirts & Pants N aid - - - Cotton Shirts & Pants Cintas, Schaumburg, IL 100% Cotton Shirts & Pants 100% Cotton Indura Flame Resistant Shirts & Pants 100% Cotton Shirts & Pants Page 2 of 3 August 8, 2006 Public Works Uniform Rental and Cleaning Contract Discussion The sole bid received for this proposed contract was submitted by G &K Services of Bensenville, Illinois in an amount of $15,528.24 per year. G &K Services (G &K) is a publicly traded (NASDAQ: GKSR) international company that provides uniform rental, laundry, and brand identification solutions to a wide range of industries. The company is headquartered in Minnetonka, Minnesota and employs over 8,500 workers at 190 locations throughout North America. The local facility (Bensenville) is wholly owned and operated by the international company. G &K held the Public Works uniform rental and cleaning contract during the 1980s. They have not held any recent contracts. However, Public Works Department records indicate that they performed satisfactorily as our uniform provider. Based on this experience, as well as their extensive list of references and facilities, staff believes that G &K is well qualified to fulfill this proposed contract. However, G &K's proposed annual cost ($15,528.24) is approximately 22% higher than the rate currently paid for essentially the same uniform rental and cleaning services. Given that inflation rates are forecast to be low for the 24 -month term of this proposed contract (at or below 1 % for 2011; at or below 3% for 2012), and the fact that the bid process failed to yield comparative pricing, staff cannot validate or endorse this increase. Additionally, staff contacted all of the bidders who were invited to bid but failed to do so. These conversations revealed that they were not interested in the proposed contract because of its 2 -year (24- month) term. Apparently, uniform vendors prefer a 3 -year (36- month) term because it provides a better opportunity to realize a profit from their investment in new uniforms. All vendors have indicated that they would bid on a 3 -year uniform rental and cleaning contract. Since 2006, the Public Works uniform rental and cleaning contract has had a 2 -year term. Prior to 2006, 3 -year contracts were the norm. The term was shortened in 2006 as a mechanism to improve the quality and appearance of the garments; the 100% cotton uniforms stipulated by our union labor agreement simply couldn't last 36 months. However, given the poor response to this bid, staff believes it may now be prudent to strengthen the quality control provisions of the contract documents and extend the contract term to 36- months. Recommendation I recommend that the Village Board reject all bids for the Public Works Uniform Rental and Cleaning Contract due to the fact that the bid process failed to yield competitive pricing. Staff will re -bid the work as a 36 -month contract and report the results and a future Village Board meeting. Page 3 of 3 August 8, 2006 Public Works Uniform Rental and Cleaning Contract I concur. Glen R. An r Director of Public Works SPD /spd C: \Documents and Settings \sdorsey.DOMAIN \My Documents\ PERSONNEL \Uniforms \Bids\2008\Award Recommendation 2008.doc Cc: Director of Public Works Glen R. Andler Streets Foreman Dan Jones Account Clerk Julie Bolin File